Air Force's $59.7M F-15 Ejection Seat Program Faces Scrutiny for Lack of Competition
Contract Overview
Contract Amount: $59,722,909 ($59.7M)
Contractor: Rockwell Collins, Inc.
Awarding Agency: Department of Defense
Start Date: 2020-10-23
End Date: 2026-03-20
Contract Duration: 1,974 days
Daily Burn Rate: $30.3K/day
Competition Type: NOT COMPETED
Pricing Type: COST PLUS FIXED FEE
Sector: Defense
Official Description: NEXT GENERATION EJECTION SEAT PROGRAM REVIEWS AND F15 PRODUCTION READINESS
Place of Performance
Location: CEDAR RAPIDS, LINN County, IOWA, 52498
State: Iowa Government Spending
Plain-Language Summary
Department of Defense obligated $59.7 million to ROCKWELL COLLINS, INC. for work described as: NEXT GENERATION EJECTION SEAT PROGRAM REVIEWS AND F15 PRODUCTION READINESS Key points: 1. The contract's value, while significant, is primarily driven by the need for specialized components for a critical aircraft safety system. 2. The sole-source nature of this award raises concerns about potential overpricing and limited innovation. 3. Performance risk is moderate, given the critical safety function of ejection seats and the contractor's role in production readiness. 4. This contract supports the sustainment and readiness of the F-15 fleet, a key asset for national defense. 5. The award falls within the broader aerospace and defense manufacturing sector, specifically focusing on aircraft components.
Value Assessment
Rating: fair
Benchmarking the value of this contract is challenging due to its sole-source nature and specialized component focus. Without competitive bids, it's difficult to ascertain if the pricing reflects true market value or if there's an opportunity for cost savings. The fixed-fee structure provides some cost control, but the absence of competition limits the government's leverage in price negotiations.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning only one vendor, Rockwell Collins, Inc., was solicited. This approach is typically justified when a specific capability or product is only available from a single source, or in cases of urgent and compelling need. The lack of competition means there was no opportunity for other qualified vendors to bid, potentially impacting price discovery and the government's ability to secure the best possible terms.
Taxpayer Impact: The absence of competition means taxpayers may not be benefiting from the most cost-effective pricing that could have been achieved through a competitive bidding process.
Public Impact
The primary beneficiaries are the pilots of the F-15 aircraft, who rely on these ejection seats for their safety. The contract ensures the continued availability and readiness of critical safety equipment for a significant portion of the Air Force's fighter fleet. The geographic impact is primarily centered around the contractor's facilities and the F-15 operational bases. Workforce implications include the employment of skilled engineers, technicians, and manufacturing personnel involved in the production and review of these specialized components.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price competition and potential cost savings for taxpayers.
- Lack of competitive bidding may stifle innovation in ejection seat technology.
- Reliance on a single contractor for critical safety components poses a potential supply chain risk.
Positive Signals
- Contractor is a known entity in aerospace manufacturing, suggesting a degree of reliability.
- Focus on production readiness indicates a commitment to maintaining operational capability.
- Fixed-fee structure provides some cost predictability for the government.
Sector Analysis
This contract operates within the aerospace and defense manufacturing sector, a highly specialized and regulated industry. The market for advanced aircraft components, particularly safety-critical systems like ejection seats, is characterized by high barriers to entry, significant R&D investment, and long product lifecycles. Comparable spending benchmarks are difficult to establish due to the unique nature of ejection seat systems and the sole-source award.
Small Business Impact
This contract does not appear to include specific small business set-aside provisions. As a sole-source award to a large prime contractor, the direct impact on small businesses is likely limited. However, the prime contractor may engage small businesses as subcontractors for specific components or services, though this is not explicitly detailed in the provided data. The absence of a set-aside suggests that opportunities for small businesses to directly compete for this specific contract were not pursued.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of the Air Force's contracting and program management offices. The fixed-fee structure provides some level of cost accountability. Transparency is limited due to the sole-source nature of the award. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- F-15 Aircraft Sustainment Programs
- Aerospace Component Manufacturing
- Defense Production Readiness Initiatives
- Aircraft Safety Equipment Procurement
Risk Flags
- Sole Source Award
- Lack of Competition
- Potential for Cost Overruns
- Supply Chain Dependency
Tags
defense, department-of-defense, department-of-the-air-force, rockwell-collins-inc, f-15, ejection-seat, aircraft-parts, production-readiness, cost-plus-fixed-fee, sole-source, sustainment, iowa
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $59.7 million to ROCKWELL COLLINS, INC.. NEXT GENERATION EJECTION SEAT PROGRAM REVIEWS AND F15 PRODUCTION READINESS
Who is the contractor on this award?
The obligated recipient is ROCKWELL COLLINS, INC..
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Air Force).
What is the total obligated amount?
The obligated amount is $59.7 million.
What is the period of performance?
Start: 2020-10-23. End: 2026-03-20.
What is Rockwell Collins, Inc.'s track record with Department of Defense ejection seat contracts?
Rockwell Collins, Inc. (now part of Collins Aerospace, a Raytheon Technologies company) has a long-standing history of providing avionics, communication, and other critical systems to the Department of Defense, including components for aircraft safety. While specific details on their ejection seat contract history for the F-15 program are not provided in this data snippet, their established presence in the defense sector suggests experience with complex military aerospace requirements. Their involvement in 'NEXT GENERATION EJECTION SEAT PROGRAM REVIEWS AND F15 PRODUCTION READINESS' indicates a direct and ongoing role in ensuring the functionality and availability of these vital safety systems for the F-15 fleet. Further investigation into their past performance on similar safety-critical systems would provide a more comprehensive understanding of their capabilities and reliability.
How does the value of this contract compare to similar ejection seat procurements or sustainment efforts?
Direct comparison of this $59.7 million contract is challenging due to its sole-source nature and specific focus on 'reviews and F15 production readiness' rather than a full-scale new procurement. Competitive procurements for advanced ejection seat systems for other aircraft platforms can range from tens to hundreds of millions of dollars, depending on the quantity, technology, and scope of work. However, the absence of competition for this F-15 contract makes it difficult to benchmark the 'value for money.' A sole-source award inherently lacks the price discovery mechanism of a competitive process, meaning it's harder to definitively state if the price is optimal. The contract's duration (ending March 2026) and the nature of the work (reviews and readiness) suggest it's a sustainment and support contract rather than a large-scale acquisition.
What are the primary risks associated with a sole-source award for critical aircraft components like ejection seats?
The primary risks associated with a sole-source award for critical aircraft components like ejection seats include inflated pricing, reduced innovation, and potential supply chain vulnerabilities. Without competition, the government has less leverage to negotiate favorable prices, potentially leading to higher costs for taxpayers. The lack of competitive pressure can also disincentivize the contractor from investing in advanced technologies or process improvements. Furthermore, relying on a single supplier for essential safety equipment creates a significant risk if that supplier experiences production issues, financial instability, or faces geopolitical disruptions. This dependency can jeopardize the operational readiness of the F-15 fleet.
How effective is the 'COST PLUS FIXED FEE' contract type in managing costs for this type of program?
The 'Cost Plus Fixed Fee' (CPFF) contract type aims to balance cost control with contractor incentive. In this structure, the contractor is reimbursed for allowable costs plus a fixed fee representing their profit. This provides the government with some cost predictability, as the fee is negotiated upfront and doesn't increase with costs. However, CPFF contracts can still lead to cost overruns if the initial cost estimates are inaccurate or if the scope of work expands. For a program involving 'reviews and production readiness,' where unforeseen technical challenges might arise, the CPFF structure can be appropriate. It incentivizes the contractor to control costs to protect their fixed fee, but it doesn't eliminate the risk of cost growth entirely, especially compared to fixed-price contracts. Oversight is crucial to ensure costs remain reasonable.
What is the historical spending pattern for F-15 ejection seat sustainment and related programs?
Historical spending data for F-15 ejection seat sustainment and related programs is not directly available in the provided snippet. However, the F-15 program itself has been in service for decades, implying consistent, long-term spending on sustainment, upgrades, and component replacements. Contracts for such critical safety systems typically span multiple years and involve significant investment due to the specialized nature of the technology and stringent safety requirements. The current $59.7 million award represents a specific slice of this ongoing sustainment effort. Analyzing broader spending trends for F-15 sustainment and aircraft parts manufacturing within the Department of Defense would likely reveal substantial and continuous investment in maintaining the fleet's operational readiness and safety.
What are the implications of the contract ending in March 2026 for the F-15 program's future readiness?
The contract's expiration in March 2026 necessitates proactive planning to ensure the continued readiness of the F-15 ejection seat systems. If the current contract is solely for reviews and production readiness, the Air Force will need to secure follow-on contracts for continued sustainment, potential upgrades, or replacement parts beyond this date. The sole-source nature of the current award raises questions about whether a competitive process will be initiated for future requirements to potentially achieve better pricing and foster innovation. Failure to secure timely follow-on support could lead to gaps in maintenance, reduced availability of critical components, and ultimately impact the operational readiness and safety of the F-15 fleet. Early engagement with potential sources, whether sole or competitive, is crucial.
Industry Classification
NAICS: Manufacturing › Aerospace Product and Parts Manufacturing › Other Aircraft Parts and Auxiliary Equipment Manufacturing
Product/Service Code: AEROSPACE CRAFT COMPONENTS AND ACCESSORIES
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: FA860620R0001
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Parent Company: RTX Corp
Address: 400 COLLINS RD NE, CEDAR RAPIDS, IA, 52498
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $59,722,909
Exercised Options: $59,722,909
Current Obligation: $59,722,909
Subaward Activity
Number of Subawards: 1
Total Subaward Amount: $57,112
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: FA860621D0001
IDV Type: IDC
Timeline
Start Date: 2020-10-23
Current End Date: 2026-03-20
Potential End Date: 2026-03-20 00:00:00
Last Modified: 2026-03-17
More Contracts from Rockwell Collins, Inc.
- Federal Contract — $694.0M (Department of Defense)
- ARC-210 FY10-13 Production — $596.6M (Department of Defense)
- 200302!000006!5700!CZ46 !smc/Pkg LOS Angeles AFB !F0470102C0011 !A!N! !N! !20021106!20030930!060605883!962960589!962960589!n!rockwell Collins, Inc !400 Collins RD NE !cedar Rapids !ia!52498!12000!113!19!cedar Rapids !linn !iowa !+000005026814!n!n!000005026814!5826!radio Navigation Equipment, Airborne !A7 !electronics and Communication !3000!NOT Discernable or Classified !334220!E! !3! ! ! ! ! !99990909!B! ! !B! !a!u!j!2!003!b! !A!N!F! ! !N!C!N! ! ! !c!c!a!a!000!a!c!n! ! ! !Y! ! !0001! ! — $573.2M (Department of Defense)
- 200510!303493!1700!n00019!naval AIR Systems Command !N0001905C0050 !A!N! !N! ! !20050712!20070131!060605883!962960589!962960589!n!rockwell Collins, Inc !400 Collins RD NE !cedar Rapids !ia!52498!12000!113!19!cedar Rapids !linn !iowa !+000002915880!n!n!000282900632!5821!radio and TV Comm Equipment, Airborne !A7 !electronics and Communication Equip !000 !* !334290!A!A!3! ! ! ! ! !20200930!B! ! !A! !d!u!j!1!001!n!1a!z!n!z! ! !Y!C!N! ! ! !z!z!a!a!000!a!b!n! ! ! ! !1719!N00019!0001! ! — $410.2M (Department of Defense)
- E-6B Block I/ Ipbe Phase 3 MOD Kits — $405.0M (Department of Defense)
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)